Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2013 FBO #4387
SOLICITATION NOTICE

34 -- Aluminum Slide Gates

Notice Date
11/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332323 — Ornamental and Architectural Metal Work Manufacturing
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-14-T-0004
 
Response Due
12/13/2013
 
Archive Date
1/25/2014
 
Point of Contact
Kisha M. Craig, 601-631-5084
 
E-Mail Address
USACE District, Vicksburg
(kisha.m.craig@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The U.S. Army Corps of Engineers (USACE), Vicksburg District (MVK) has a requirement to furnish and deliver aluminum manually operated double leaf slide gate systems for three culvert structures for the Seepage Canal Project in Jacksonville, FL. The government intends to make an award including the entire scope of the work described for a Firm Fixed-Price Contract. Offers for less than the required scope of work will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined by the Contracting Officer as advantageous to the Government. Offerors are encouraged to provide their best proposed pricing in their initial offer. Solicitation No. W912EE-14-T-0004 is being issued as a Request For Quotes (RFQ) that will result in a single award contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-69. This procurement is being competed as 100% Small Business Set-Aside. The NAICS Code for this procurement is 332323 (SIC 3446) with a size standard of 500 employees for a Firm-Fixed Price contract. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of commercial Items and FAR Part 13 - Simplified Acquisition Procedures. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items also applies to this acquisition. The following clauses included in 52.212-5 are also applicable to this procurement: 52.222-50 Combat Trafficking in Persons; 52.222-26 Equal Opportunity; 52.203-6 Restriction on Subcontractor Sales to the Government; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Contractor Policy to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following Clauses are also applicable to this acquisition: 252.204-7004 Alt A, Central Contractor Registration, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items, 252.232-7010 Levies on Contract Payments. Evaluation Criteria. Contracts will be awarded based upon a best value determination to meet the Government's needs. This method will enable selection of the best approach among a range of solutions and increase the likelihood of selecting the contractor most likely to provide a quality product, on time delivery, and at a reasonable cost. Quotes will be evaluated solely on the factors contained in the solicitation. The non-price factors will be evaluated on an quote mark acceptable quote mark or quote mark unacceptable quote mark basis. The award will be made to the lowest priced responsible offeror whose submitted quote is determined to be capable of meeting the government's requirement. In order to be considered awardable, an quote mark acceptable quote mark rating must be received in every non-price factor. Evaluation factors include: (1) Technical Acceptability, (2) Past Performance and (3)Price. Technical Acceptability is defined as the evidence of technical capability, including the documentation of the experience of the company completing contracts of similar type, size, scope and complexity and/or experience of key personnel and crew including resumes, equipment lists, etc. and/or any other information necessary to enable the Government to determine the company's technical qualifications. Slide gate manufacturers shall be experienced in the design and manufacture of equipment and accessories for a minimum period of 10 years. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, satisfactory past performance and quoted price. Failure to submit sufficient information for the Government to determine technical acceptability, past performance or price may be cause for rejection of your quote. 1. Reference Contract Clause 52.212-1 Instructions to Offerors--Commercial Items (APR 2008) (b) (10) and (11). The offeror shall submit a sufficient description of contracts performed, or awarded within the past three (3) years, and supporting documentation of education, training, experience either in designing and delivering aluminum slide gates; which are relevant to the efforts required by the attached specifications. The Contract Description shall include the following: a.Contract/Order Number and Award date. b.Contract/Order Total Dollar Value. Initial AND final or projected final, if contract is ongoing. For projects under IDIQ contracts, include total capacity and give the actual amount of money obligated. c.Contract/Order Period of Performance, Indicate, by month and year, the start and completion, or quote mark ongoing quote mark, dates for the project. d.Prime Contractor. Contractor/Subcontractor, place of performance, CAGE Code and DUNS number. If the work was performed as a subcontractor, also provide the name of the prime contractor and POC within the prime contractor organization (name, address, email and telephone number). e.Government (Customer) Technical POC's (Contracting Officer's Representative): name, address, phone number, FAX number and e-mail address. f.Relate each contract listed with task areas in our requirement. Identify in specific detail for each contract listed, why or how you consider that effort relevant or similar to our effort. In determining relevancy, consideration should be given, but not limited to, such things as service similarity, size and complexity, contract type, contract environment, division of company proposing, and subcontractor interaction. 2. Information obtained from the Point of Contacts identified in 1(e) will be used to evaluate offerors past performance. 3. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available, i.e. government database, past contract files, etc. If an offeror has no relevant past performance history, education, training, experience the offeror must affirmatively state that it posses no relevant, directly related, or similar past performance. 5. Reference Contract Clause 52.212-2 Evaluation-Commercial Items. The data provided will be used by the Government to evaluate and award one firm-fixed price service contract. 6. Please provide the following information: Contractor Point of Contact: _______________________________ Point of Contact Phone Number: ___________________________ Point of Contact Fax Number: _____________________________ Point of Contact E-mail Address: ___________________________ Contractor DUNS #: _______________ Contractor CAGE Code: ____________ 7. Government Contracting Point of Contact: Kisha M. Craig Phone: (601) 631-5084 Fax: (601) 631-7261 Email: Kisha.M.Craig@usace.army.mil SAM: Registration in the System for Award Management (SAM) database is required. If you are not registered in the SAM database, an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Proposals must be submitted via hardcopy or email, providing that they are complete and provide all required information, and delivered or mailed by 13 December 2013 not later than 12:00 noon. to Kisha.M.Craig@usace.army.mil or U.S. Army Corps of Engineers, ATTN: Kisha Craig, 4155 East Clay Street, Vicksburg, MS 39183-3435. Contact number is 601-631-5084. All technical inquiries and questions related to W912EE-14-T-0004 are to be submitted via Bidder Inquiry in ProjNet only at http://www.projnet.org/projnet. You are responsible for reading all information contained in this solicitation and all attachments, if any, posted with it. Offerors should check the FedBizOpps website often for a new solicitation and/or modifications to this solicitation. DO NOT EMAIL ANY TECHNICAL INQUIRIES AND QUESTIONS TO THE CONTRACTING OFFICE, YOU MUST USE PROJNET. To submit and review bid inquiry items, bidders will need to be current registered user or self-register into the system. To self register, go to the web page, click on quote mark BID quote mark tab, then select Bidder Inquiry, select agency: USACE, enter Bidder Inquiry Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that the information on the next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiries. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-14-T-0004 The Bidder Inquiry Key is: ZNIQVN-2CCG3E Offerors are required to submit questions at least five (5) days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. For help with the ProjNet System; call 1-800-428-HELP. The call center operates weekdays from 0800 to 1700 hrs CST. NOTE: This is an all electronic solicitation release. Hard copies are not available. The Government will post amendments to the solicitation to FedBizOpps. It is the responsibility of each offeror to review the web page for notice of amendments, updates or changes to the current information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-14-T-0004/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN03241303-W 20131128/131126234045-f6da439a5a7656edbc7704c91cfa89e5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.